Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 02, 2023 SAM #8010
SOLICITATION NOTICE

V -- I/ITSEC Charter Busses

Notice Date
10/31/2023 10:27:18 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
485113 — Bus and Other Motor Vehicle Transit Systems
 
Contracting Office
NAWC TRAINING SYSTEMS DIV ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
N6134024R0011
 
Response Due
11/7/2023 12:00:00 PM
 
Archive Date
11/07/2024
 
Point of Contact
Caitlyn Ersek, Phone: 4073808050, Xavier Rojas, Phone: 4073804901
 
E-Mail Address
caitlyn.ersek@navy.mil, xavier.e.rojas.civ@us.navy.mil
(caitlyn.ersek@navy.mil, xavier.e.rojas.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations document (FAR) subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number N6134024R0011 is to procure commercial services. It incorporates the provisions and clauses in effect from regulations posted to https://www.acquisition.gov/ inclusive, but not limited to, Federal Acquisition Circular (FAC) number 2023-04. This Procurement is being solicited as a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) Code for this requirement is 485113 and PSC V212 with a size standard of $32,500,000. This procurement will be awarded using the Simplified Acquisition Procedures (SAP) outlined in FAR Part 13. The Government anticipates awarding a firm-fixed-price purchase order. The requirement is for transportation of appropriately badged Department of Defense (DoD) employees and approved contractors between Naval Air Warfare Center Training Systems Division (NAWCTSD) Orlando, FL and the Interservice/Industry Training Simulation and Education Conference (I/ITSEC) at the Orange County Convention Center (OCCC), Orlando, FL. Period of performance will be 27 November � 30 November 2023. This combined synopsis/solicitation will include one Firm-Fixed-Price CLIN in support of NAWCTSD�s specific requirements as follows: CLIN 0001: Chartered Bus Service Quantity: 1 Lot This is a competitive award in the form of a Firm-Fixed-Price Contract and the anticipated award date is NLT 17 November 2023. All offerors must be approved in the Defense Travel Management Office Approved Department of Defense Bus, Van and Limo Carriers as of the date the quote is submitted. FAR 52.212-1 Instructions to Offerors�Commercial Products and Commercial Services (Sep 2023); FAR 52.212-2 Evaluation � Commercial Products and Commercial Services; and FAR 52.212-3 Offeror Representations and Certifications� Commercial Products and Commercial Services apply to this acquisition. Evaluation Criteria: The Government will award on the lowest price technically acceptable (LPTA) basis to the Offeror meeting the requirements in the Performance Work Statement (PWS) (Attachment 1). Technical acceptability is defined as meeting the following criteria: 1. Submission must reflect concurrence with all PWS requirements. (PWS Section 3) 2. Submission of the proof of at least $5,000,000 insurance certificates with concurrence that the government will be added to their liability policy at the time of the contract for the length of the contract. (PWS 3.1.4) 3. Having no known negative past performance based upon information available to the Government through the System for Award Management (SAM) or Federal Awardee Performance and Integrity Information Systems (FAPIIS) sites. Quotes are due no later than 2:00pm US Eastern Standard Time on 7 November 2023. Quotes will only be accepted by the Contract Specialist, Caitlyn Ersek via email at caitlyn.e.ersek.civ@us.navy.mil. In addition to the information requested to substantiate technical acceptability, responses must include the name, address, telephone number of the Offeror, business type, cage code, the TAX ID Number, and POC (name, email address, and phone number). Data designated as proprietary by the Offeror will be treated as such.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/76779947beb7460582ee047499538afd/view)
 
Place of Performance
Address: Orlando, FL 32826, USA
Zip Code: 32826
Country: USA
 
Record
SN06872015-F 20231102/231031230048 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.